e-tender ID No. 2016_UTDNH_146_01 Purchase of Sanitary Napkins under Medical & Health Department, Silvassa for the Year

Size: px
Start display at page:

Download "e-tender ID No. 2016_UTDNH_146_01 Purchase of Sanitary Napkins under Medical & Health Department, Silvassa for the Year"

Transcription

1 On Line Tender Notice No.15 of Administration of Dadra & Nagar Haveli, U.T., Office of the Director Medical and Public Health Services, Tel.No , ID : svbch.sil@gmail.com No. DHMS/P&T/Sanitary Napkins/ /171/2773 e-tender Notice Silvassa. Date: 29/04/2016 The Director Medical and Health Services, Dadra & Nagar Haveli, Silvassa on behalf of President of India, invites on line tender on from the Manufactures/Authorized Dealers/Suppliers for supply of below mentioned materials. Sr. No 1 Particulars Purchase of Sanitary Napkins Estimated Cost ` lacs (E.M.D.) Earnest Money Deposit `.25,000/- Tender Fees (Non- Refundable) `.1,000/- e-tender ID No. 2016_UTDNH_ 146_01 Bid document downloading Start Date : Bid document downloading End Date : , 12:00 Hrs. Last Date & Time for receipt of Bid : , Hrs. Preliminary Stage Bid Opening Date : , Hrs Technical Stage Bid Opening Date : , Hrs Bidders have to submit Technical Bid and Price Bid in Electronic format only on website till the last date and time for submission. Technical Bid and Price Bid in Physical format shall not be accepted in any case. Bid submission should be done along with tender Fees and EMD in original by R.P.A.D./Speed Post or to be deposited in the tender box kept in the office of the undersigned. However, Tender Inviting Authority shall not be responsible for any postal delay. Tenders can be downloaded from and 1

2 1. The EMD and Tender Fees should not be forwarded by cash. 2. The Tender Fees will be accepted only in form of DD/A/c payee Cheque of any Nationalized or Scheduled Bank of India payable in Silvassa. 3. The EMD will be accepted in form of FDR /A/c Payee Demand Draft / Bankers Cheque or Bank Guarantee from any Commercial Banks in an acceptable form payable at silvassa in favor of under signed. The tender inviting authority reserves the right to accept or reject any or all the tender to be received without assigning any reasons thereof. In case bidder needs any clarification on the process of bidding for participating in online tender for further details, correspondence can be made on cppp-nic[at]nic[dot]in, Mobile No: and , Tel No Website: Sd/- Director Medical & Public Health Services Tel.No , ID : svbch.sil@gmail.com Copy to :- 1) P/A to Secretary (Health), Dadra & Nagar Haveli, Silvassa for information. 2) All Heads of Office, Dadra & Nagar Haveli, Silvassa for information & n.a. 3) CPO, Dadra & Nagar Haveli, Silvassa for wide publicity in Newspaper. 4) Director General, Indian Trade Journal, Kolkata for publication on Newspaper. 5) I.T. Department, D&NH, Silvassa with a request to publish in Website. 6) Accounts Section, DMHS, Silvassa for information. 7) P&T Department, DMHS, Silvassa for information. 2

3 U.T. ADMINISTRATION OF DADRA & NAGAR HAVELI, OFFICE OF THE DIRECTOR MEDICAL AND HEALTH SERVICES, SILVASSA Terms and Conditions for the Purchase of Sanitary Napkins Instructions to Bidders : 1) All Tender Documents can be downloaded free from the website 2) All bids should be submitted online on the website 3) The user can get a copy of instructions to online participation from the website 4) The suppliers should register on the website through the New Supplier link provided at the home page, the registration on the site should not be taken as registration or empanelment or any other form of registration with the tendering authority. 5) The application for training and issue of digital signature certificates should be made at least 72 hours in advance to the due date and time of tender submission. 6) For all queries regarding tender specifications and any other clauses included in the tender document should be addressed to personnel in tendering office address provided below: The Director Medical & Health Services, Shri Vinoba Bhave Civil Hospital Campus, U.T. of Dadra & Nagar Haveli, Silvassa Tel: , , , Fax: ) All documents scanned/attached should be legible/readable. A hard copy of the same may be send which the department will be use if required. Uploading the required documents in is essential. 10) The Bidder has to give compliance for each quoted product for any false/ misleading statement in compliance found any time during the procurement process, the bid shall be outrightly rejected & EMD shall be forfeited. Keydates: Bid document downloading Start Date : Bid document downloading End Date : , 12:00 Hrs. Last Date & Time for receipt of Bid : , Hrs. Preliminary Stage Bid Opening Date : , Hrs Technical Stage Bid Opening Date : , Hrs 3

4 The Tenders shall be submitted in two-bid system, wherein the Technical bid and Commercial Bid is to be filled online on and the EMD and Tender Fee has to be submitted in Tender Box along with a covering letter. The envelope should be super scribing as e-tender - Sealed Cover of Bid for Purchase of Sanitary Napkins for Medical and Public Health Department.The EMD and Tender Fees should be enclosed with BID only. Tender Fees (Non Refundable) As per Tender Notice : a. The Tender Fees should not be forwarded by cash. b. The Tender Fees (Non Refundable) will be accepted only in form of DD/A/c payee Cheque in favor of The Director of Medical and Health Services, Silvassa from any Nationalized or Scheduled Bank of India payable in Silvassa. c. All tenders must be accompanied by Tender fees as specified in schedule otherwise tender will be rejected. Earnest Money Deposit: (As per Tender Notice) a. All tenders must be accompanied by EMD as specified in schedule otherwise tender will be rejected. b. The manufacturing units who are placed in Silvassa are exempted for Earnest Money Deposit. For getting exemption, tenderers have to furnish valid and certified documents along with the tender, otherwise tender will be rejected. c. Any firm desires to consider exemption from payment of Earnest Money Deposit, valid and certified copies of its Registration with D.G.S. & D. should be attached to their tenders. d. EMD can be paid in either of the form of following: i. A/c Payee Demand Draft ii. Fixed Deposit Receipts iii. Bank Guarantee In favor of Director Medical and Health Services from any Nationalized or Scheduled Bank authorized by RBI to undertake Government Business. e. EMD should be valid upto 12 (Twelve Months) from the date of its issuance. f. EMD in any other forms will not be accepted. g. EMD/Security Deposit shall be liable to be forfeited in following circumstances: 4

5 i. Tender is rejected due to failure of supply the requisite documents in proper format or giving any misleading statement or submission of false affidavit or fabricated documents. ii. In case, the supplier does not execute the supply order placed with him within stipulated time, the EMD of the supplier will be forfeited to the Government and the contract for the supply shall terminated with no further liabilities on either party to the contract. iii. Tenderer fails to replace the goods declared to be not of standard quality or not conforming to acceptable standards or found to be decayed/spoilt. h. The amount of Earnest Money paid by the tenderer(s) whose tenders are not accepted will be refunded to them by cheque or Demand Draft (as may be convenient to the Tender Inviting Officer if the amount is above `.200/-) drawn on any Nationalized or Scheduled Bank payable at Silvassa. Where this mode of payment is not possible the amount will be refunded at the cost of the tenderer. i. Only on satisfactory completion of the supply order for and on payment of all bills of the supplier, as to be admitted for payment, the amount of Security Deposit/Earnest Money will be refunded after expiry of guarantee/warranty period, if any, or any such date/period as may be mutually agreed upon. j. In case of failure to supply the store, materials etc. ordered for, as per conditions and within the stipulated time, the name articles will be obtained from the tenderer who offered next higher rates or from any other sources, as may be decided by the tender inviting Officer and the loss to the Government on account of such purchases(s) shall be recovered from the former suppliers Security Deposit/Earnest Money or bills payable. The suppliers shall have no right to dispute with such procedure. k. The Earnest Money(s) paid by the tender(s) earlier against any tender(s) or supply order(s) is not adjustable with Earnest Money required by these conditions. Security Deposit: (SD) a. The successful tenderer will have to pay within 10 days from the date of demand, an amount equal to 10% of the total value of articles, which may be ordered, as the amount of security deposit. b. Non receipt of Security Deposit within stipulated time will result in automatic cancellation of the order for supply without any intimation. c. However in case if any articles are received for which the Security Deposit may not have been deposited, the full Security Deposit as may be due from the supplier will be recovered from the bill(s) for such articles. 5

6 d. In case of failure to replace the accepted and rejected articles from the supplies made, as mentioned in the conditions the loss undergone by the Government will be recovered from the suppliers Security Deposit or payment due of any bill(s) to the extend required. e. The Security Deposit(s) paid by the tender(s) earlier against any tender(s) or supply order(s) is not adjustable with Security Deposit required by these conditions. f. The tender inviting officer will consider extension of time for remitting the Security Deposit as demanded. However, in case of denial to consider such extension the supplier is bound to abide by the limit given and liable to make good for the loss made to the Government on account of his failure to abide by the time limit. Conditions of Contract : 1. ACCEPTANCE OF TENDER: 1. The tender is liable for rejection due to any of the reasons mentioned below: i. Non-Submission of tender within stipulated time online. ii. Submission of tender physically in the Office but not submitted online on iii. Tender is unsigned or not initialed on each page or with unauthenticated corrections. iv. Non-payment of Earnest Money Deposit (if not exempted). v. Non-Submission of required documents as mentioned in schedule. vi. Conditional/vague offers. vii. Unsatisfactory past performance of the tenderer. viii. Items with major changes/ deviations in specifications/ standard/ grade/packing/quality offered. ix. Submission of misleading/ contradictory/ false statement or information and fabricated/ invalid documents. x. Tenders not filled up properly. xi. The documents attached by the bidder online if found not readable will not be considered for bid evaluation. 2. Any discount which the bidder wants to give has to be considered and total final bid amount has to be mentioned clearly in the price bid form on 3. Discount offered after price bid opening will not be considered. 4. The consolidated rates entered in the online website will be taken in to account for preparing price statements. However the tender which is found technically acceptable as well as lowest in terms of evaluated rates only be considered for placing the order. 6

7 5. The Director Medical and Health Services may seek any clarifications/ explanation/ documentary evidence related to offer at any stage from tenderers if required. 6. The rate quoted should be inclusive of all taxes no extra charges will be paid and should be valid upto One Year from the date of tenderization. 7. Orders once placed should be delivered within the given time period and item should be door delivered including labour. 8. All/Taxes/Duties/Royalties Charges payable on the sales/transport etc. within and/or outside the state shall be payable by the supplier. 9. The decision of the Tender Inviting Officer for acceptance/rejection of any articles supplied including the decision for equivalent specifications, standard and quality etc. of articles shall be final. 10. The right to accept or reject without assigning any reasons or all tenders in part or whole is reserved with the Tender Inviting Officer and his decision(s) on all matters relating to acceptance or rejection of the tenders as a whole or in part will be final and binding to all. 11. No separate agreement will be required to be signed by the successful tender(s) for the purpose of this contract for supply. Rates tendered/ offered in response to the concerned Tender Notice shall be considered as acceptance of all above terms and conditions for supply for all legal purpose. 12. The rate(s) quoted should be strictly for free delivery (including labour and transportation) at FOR Shri Vinoba Bhave Civil Hospital, Silvassa and will be valid and operative for supply orders issued within one year from the date of invitation of tenders. The department shall not take any responsibility of on loading the goods; the successful bidder has to make arreangement for loading at site. 13. The tendered quantity is tentative and the actual purchase can be 20% Less or More than the quantity put to tender for all items and the tenderer is bond to supply such requirement without any demur. 14. The tenderer should attached scanned copies of : 1. License in field of Supply 2. PAN No. 3. Sales Tax No. 4. Non Conviction Certificate. 5. Terms & Conditions documents duly stamped and signed 6. Schedule of Specifications duly stamped and signed 7

8 2. TERMS OF SUPPLY : a. The packing and labels of all the items to be supplied under the order shall be marked with the words FOR U.T. OF DADRA & NAGAR HAVELI- NOT FOR SALE if the items are packed in packets which are then placed or repacked within a box/ carton/ bottle/ foil, these words will be printed/ marked on both the internal/ external packs and labels. The retail price must not be printed or shown anywhere either on external or internal packs/ box/ carton/ foil. b. In event of breakage or loss of stores during transit against requisition order the said quantity has to be replaced by the tenderer. The department will not pay separately for transit insurance and supplier will be responsible for stores. c. Railway Receipt or other transport document should be drawn in the favor of Officer Inviting tender. d. Items should be door delivered upto 3 rd floor including labour. e. Railway Receipt or other transport document should not be send by VPP or through any Bank as this being a Government Office it is not possible to clear cash demands of Post Office/Bank for delivery of RR or other transport documents unless we have agreed to it as special arrangement. f. Extension of time limit for supplies shall be considered by the Tender Inviting Officer. The extension so granted may be with levy of compensation for delay in execution of supply (as mentioned in Liquidated Damages) the cost of supplies ordered for at the discretion of the authority competent to grant extension of time limit provided such request is made well in time, depending upon the circumstances and such decision in the matter will be final. g. The supplies, materials etc. of inferior quality standard or of different specifications, brand, manufacturer etc other than that ordered specified and/or incomplete or broken articles will not be accepted. The supplier has to replace the same at his own cost and risk. Intimation of nonacceptance of any materials etc will be sent to the supplier within 10 days from the date of receipt of the stores and the same will be returned to the supplier at his own cost and risk, if he so desires and intimates accordingly within 15 days from the date of dispatch of intimation of the non-acceptance. However, if no communication is received within 15 days from the date of communication the tender Inviting Officer will not be responsible for any damages, loss etc. of such rejected articles. h. Demurrage charges paid by the Tender Inviting Officer on account of delayed receipt of dispatch documents intimation will be recovered from the bills payable to the supplier. 8

9 i. If at any time after the order for supply of materials the Tender Inviting Officer shall for any reason whatsoever not require the whole or part of the quantity thereof as specified in the order the Tender Inviting Officer shall give notice in writing of the fact to the supplier(s) who shall have to claim to any payment of compensation what so ever on account of any profit or advantage which the supplier(s) might have derived from the supply of articles in full, but which did not derive in consequence of the full quantity of articles not having been purchased, nor shall have any claim for compensation by reasons of any alterations having been made in the original instructions which shall invoice any curtailment of the supply originally contemplated. j. The items as mentioned in the list are the approximate estimates invited and actual purchase may more. Accordingly the successful tenderer has no right for any loss/damages with reference to approximate requirement shown in tender and actual requirement. k. Inspection will be carried out in the premises of Shri VBCH. If goods to be inspected in factory premises all expenditure to be borne by the Tenderer. l. Delivery Period: Maximum delivery period will be TWO WEEKS from the date of receipt of P.O. 3. Bid Evaluation Methodology : A. Preliminary Evaluation: Tender fee and EMD Submission B. Technical Evaluation: Scrutiny of technical specifications and other relevant documents as asked by the department with the quoted specification Scrutiny of Compliance Statement given by the bidder Sample verification (If required). C. Financial Evaluation: Lowest quoted offered by Technically Qualified Bidders 4. PAYMENT TERMS : a. 100% of the invoice amount will be paid only after supply, successful and submission of Security deposit. b. Price escalation clause will not be entertained under any circumstances. c. All bills should be in TRIPLICATE and should invariably mention the number and date of supply order. d. All bills for amount above `.5000/- should be pre-receipted on a Revenue Stamp of proper value. Bills for amount exceeding `.5000/- not pre-receipted on Revenue Stamp of proper value will not be accepted for payment. 9

10 e. Each bill in which Sales Tax is charged must contain the following certificates on the body of the bill: CERTIFIED that the goods on which Sales Tax has been charged have not been exempted under the Central Sale Tax Act or the Rules made there under and the amount charged on account of Sales Tax on these goods is not more than what is payable under the provisions of relevant Act or Rules made there under. f. No extra charge for packing, forwarding and insurance etc. will be paid on the rates quoted. g. The rates should be quoted only for the items specified in the list of requirement. h. Rates quoted for items other than the required specification/ make/ manufacture will not be considered. Sd/- Director Medical & Public Health Services Tel.No , ID : svbch.sil@gmail.com 10

11 SCOPE OF WORK: Schedule of Requirements, Specifications and Allied Technical Details: Purchase of Sanitary Napkins for the Year Please mentioned Offered Company for Quoted Items Only as mentioned below and attach the Scan copy of the same. Format is as under : Sr. No. Particulars Sanitary Pads (1x10 Pads per Pkt.) : (Pads with wings + Perforated Poly Top Sheet + Higher Weight) Overall Length (mm) : 230mm +/-5 Fluff Core/ pad length (mm) : 210mm +/-10 Overall Width (mm) : 150 mm +/-5 Fluff Core / pad width (mm) : 65mm +/-5 Thickness of a single pad mm) : 8-10mm Weight of a single pad (gm) : 9-10gm Product Content : Perorated poly top sheet, first grade wood pulp central core. Mfg. Company Unit/ Rate Qty. Reqd. Offered Company 1. Material Specification : 1) Pluff Pulp : Colour - White Grade - Soft Wood Pulp, Long Fiber. 2) Perforated Poly Top Sheet : Colour - Natural White Thickness -18gsm +/-10% Width - 150mm Grade Hydrophilic 3) Back Sheet : Colour - White Thickness 23gsm +/-10% Width 150mm Standard 1 Pkt

12 Sr. No. Particulars Grade LDPE, Carona Treated or Equivalent 4) Glue Construction: Colour - Transparent Grade Polymer Based 5) Glue Release Paper : Colour - Transparent 6) Release Paper : Colour White with Printing Thickness 40gsm +/-10% Width 40mm Grade Silicon Coated 7) Ply Bag (Primary Pack): Colour Four Colour Printed Thickness 40gsm +/-10% Grade LDPE 8) Carton (Secondary Packing/ Corrugated Boxes): Colour Craft Paper, Single Colour, Printed Grade Made out of 5 ply (Narrow Flute) each ply 120 GSM Virgin Craft Paper in the minimum burst factor of the 5 layers are 20. Internally stapled. Bursting Strength should not be less that 15 kg/sq.cm. Mfg. Company Unit/ Rate Qty. Reqd. Offered Company Signature of Suppliers/Dealers With Rubber Stamp Sd/- Director Medical & Public Health Services Tel.No , ID : svbch.sil@gmail.com 12